procurement of hplc systems for quality evaluation

38
Procurement of HPLC Systems for Quality Evaluation Laboratories of Spices Board on buyback Tender Ref. No. SB/QEL/MUMBAI/HPLC/2020 Date: 06.10.2020 MSTCL Tender No. SPICEB/20-21/ET/3 1

Upload: others

Post on 11-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Procurement of HPLC Systems for Quality Evaluation

Procurement of HPLC Systems for Quality Evaluation Laboratories of Spices Board

on buyback

Tender Ref. No. SB/QEL/MUMBAI/HPLC/2020 Date: 06.10.2020

MSTCL Tender No. SPICEB/20-21/ET/3

1

Page 2: Procurement of HPLC Systems for Quality Evaluation

I. Tender Notice

TENDER NOTICE

Tender No. SB/QEL/MUMBAI/HPLC/2020 Date: 06.10.2020

Spices Board, Ministry of Commerce and Industry, Govt. of India is inviting bids through e-

tendering system under the single stage: two bid system (separate technical and commercial

bids) from eligible bidders for the supply, installation and commissioning of HPLC

Systems for Board‟s Quality Evaluation Laboratory situated at Mumbai.

The tender document with details of technical requirements and terms & conditions for this

tender are available for download in the Spices Board‟s Website (www.indianspices.com),

Government e-procurement portal (https://etenders.gov.in/eprocure/app) and MSTCL e–

procurement portal (https://www.mstcecommerce.com/). The tenders have to be submitted

online via MSTCL e-procurement portal.

Last date for submission of the bids online via MSTCL website is 5:00PM on 06.11.2020.

All bids must submitted online along with all necessary documents uploaded as PDF file, as

detailed in the specifications and terms & conditions outlined in the tender document. The

bids are required to be submitted online in two separate parts, i.e. technical bid and financial

bid. The Technical bid will be opened at 10:00AM on 09.11.2020 at the Spices Board Head

Office. The financial bids of bidders whose technical bids get qualified would be opened at a

later date.

Sd/-

SECRETARY

SPICES BOARD, KOCHI

2

Page 3: Procurement of HPLC Systems for Quality Evaluation

II. Table of Contents

I Tender notice 2

II Table of contents 3

III Introduction 4

IV Job description 4

V Scope of the tender 5

VI Eligibility criteria 5

VII Tender Schedule 5-6

VIII Details of the equipment 6

IX EMD Requirement 6-7

X General conditions of the tender 7-8

XI Specific conditions of the tender – Technical 8

XII Warranty and performance security 8-9

XIII Tendering format 9-10

XIV Amendment of tender documents 10

XV Submission and opening of the tender 10-11

XVI Evaluation of the tender 11

XVII Evaluation of the technical bid – scoring pattern 11-12

XVIII Evaluation of financial bids 12-13

XIX Purchase order and terms of payment 13-15

XX Format of Agreement 15-17

XX1 Applicable Low and Legal Jurisdiction 18

Annexures 1 - 12

Appendix 1

3

Page 4: Procurement of HPLC Systems for Quality Evaluation

III. Introduction

The Spices Board is an autonomous body under the Ministry of Commerce and Industry

(Govt. of India) with a mandate to promote the export of spices and spice products from

India. Quality Evaluation Laboratory of the Board at Kochi was established in 1990, to

evaluate the quality of the spices produced in different producing centres across the country,

to assess the quality and safety of spices and spice products exported from India, and to

render analytical service to the stakeholders in spice sector, viz. exporters, traders, farmers,

research organizations etc.

IV. Job Description

Spices Board is inviting bids through e-procurement system at MSTCL e-commerce website

(https://www.mstcecommerce.com), in a two-bid system in separate covers (i.e. Technical bid

and Financial bid, online submission) from eligible bidders for the supply, installation and

commissioning of HPLC Systems (02 numbers) to Quality Evaluation Laboratory (hereafter

QELs) situated at Mumbai. Please refer to Appendix 1 for more details on online MSTCL

online e-procurement system. The tender document can also be downloaded from the Board‟s

website at www.indianspices.com.

Interested bidders may obtain further information from the Head office of Spices Board at the

address given below from 10:00 to 17:00 hrs. (IST) on all working days:

Quality Evaluation Laboratory

Spices Board

(Ministry of Commerce and Industy, Govt. of India)

Sugandha Bhavan, N. H Byepass,

Palarivattom PO, Kochi - 682025, Kerala

Ph: 04842333610 - 616, Ext. 270, Email: [email protected]

Detailed tender document may be downloaded from procurement portal

https://www.mstcecommerce.com, or from Spices Board Website, www.indianspices.com.

Deadline for submission of bids: The bids shall be submitted online at

https://www.mstcecommerce.com after logging in as a „bidder‟, and following the

instructions appearing on the screen. Also refer to Appendix 1 of this tender document for

more details for submitting the bids online. The bidder should go through the tender

document carefully and prepare the technical bid supporting document as specified in the

tender document in PDF form, and uploaded along with the technical bid. Incomplete /

inappropriate supporting documents can cause the bid to be rejected. The bidder is requested

to go through all the terms and conditions of the tender before submitting their offer.

Deadline for submission of bid: 5:00PM on 06.11.2020. The tender fee has to be paid by the

bidder at MSTC website (pl refer Appendix 1). The EMD has to be received in original as

4

Page 5: Procurement of HPLC Systems for Quality Evaluation

detailed in the EMD section below, and a scanned copy of the EMD has to be included in the

supporting document PDF.

V. Scope of the tender

Tenders are invited for the supply, installation and commissioning of two HPLC systems,

the technical specifications of which are mentioned in Annexe 1 of this document, at the

Board's Quality Evaluation Laboratory situated at Mumbai. The contact details of the

laboratory is given below.

Scientist C , Quality Evaluation Laboratory,

Spices Board, EL-184, TTC, MIDC, Mahape

Navi Mumbai, Maharashtra – 400710

Ph: 027630035/37/38

Email: [email protected]

VI. Eligibility Criteria

1. The bidder shall be an agency having minimum financial turnover of Rs. 5 crore and

above in the relevant business in a financial year, during the last three years

commencing from 2016-17. The bidder shall submit audited balance sheet for the last 3

years.

2. The bidder should have minimum experience of 5 years in the relevant field

(supply and service support of HPLC). Proof for the same shall be submitted with the

technical bid (Eg. Copies of purchase orders during the relevant period, 2014-2019).

3. The bidder should have supplied and installed at least 3 numbers of same / similar

equipment in India within the last three calendar years. Details are to be provided in

Annexure 5.

4. The bidder shall submit copy of GST registration and PAN Card with the

technical bid.

5. The bidder should not have been blacklisted by any government organizations in

India. A declaration in this regard should be submitted along with the technical bid (Annexure

6).

6. The bidder should have adequate number of technically qualified personnel

essential for the successful installation and service support for the quoted instrument, a list

of technically qualified personnel available and responsible for providing service support

at the installation location (Mumbai) should be submitted along with the technical bid

(Annexure 7).

7. The bidder should submit an undertaking for the comprehensive warranty and specific

technical requirements of all instruments and installation location as per Annexure 11.

Only the tenders which provide the above detailed information will be considered eligible

and responsive.

VII. Tender Schedule

Tender enquiry no. SB/QEL/MUMBAI/HPLC/2020

Instrument detail HPLC Systems complete package

Transaction fee (payable to Rs. 4,800/- (i.e Rs 2,400/-per equipment )

5

Page 6: Procurement of HPLC Systems for Quality Evaluation

MSTCL)

EMD Amount Rs. 1,60,000/-

Tender validity 180 days

Publish date 06/10/2020

Clarification start date 06/10/2020

Clarification end date 24/10/2020

Bid submission start date 10/10/2020

Bid submission end date 06/11/2020

Technical bid opening date 09/11/2020

VIII. Details of the Equipment

Equipment Quantity Technical Specifications

1 HPLC system, complete

package

02 As per Annexure 1

Location for installation of new systems

(Please see Section V above for details)

HPLC offered under Buyback

Location Model

QEL Mumbai QEL Mumbai HPLC x 02 Nos.

Please see Annexure 1, Section III for instruments offered under buyback in this tender.

IX. EMD Requirements

Bidders should submit an EMD equal to Rs. 1,60,000 (Rs. 80,000/- per instrument, total 02

instruments) along with the tender by way of Demand Draft drawn in favour of “Secretary,

Spices Board” payable at Kochi, from any nationalized bank. The EMD shall be valid for

three months. Bank Guarantee will not be accepted towards EMD.

1. The technical bid without EMD will be rejected unless specifically exempted by the

Government from payment of EMD for which reasons and proof have to be enclosed.

2. EMD of the unsuccessful bidders will be refunded (without any interest) within 45

days from the date of opening of tender.

3. EMD amount of the successful bidder will be refunded (without any interest) within

30 days after acceptance of purchase order and submission of the performance guarantee, if

applicable, as mentioned in the relevant section.

4. EMD will be forfeited if the vendor withdraws or amends its tender or derogates from

the tender in any respect within the period of validity of its tender.

5. EMD shall be submitted in sealed envelope, superscribing the words “Tender for

HPLC Systems for QEL, Mumbai, Spices Board - 2020” through Speed Post/Registered

Post/by Hand to reach the following address on or before closing time of the tender.

Scientist in-charge,

Quality Evaluation Laboratory,

6

Page 7: Procurement of HPLC Systems for Quality Evaluation

Spices Board, Ministry of Commerce and Industy (Govt of India)

Sugandha Bhavan, N.H. Bye-pass,

Palarivattom PO, Kochi – 682025

Kerala

X. General conditions of the Tender

1. The Tenderer has to go through the instructions in the tender notice (general

instructions and the instructions stipulated in the technical specifications of the instrument in

Annexure 1) and prepare the tender for submission.

2. In the event of documentary proof as required being not enclosed, the Tender shall

be liable to be rejected. All pages of the bid, except for unamendable printed

literature, shall be signed by the authorized person or persons signing the bid along with

the stamp of the tenderer.

3. The support documents needed for the tender are to be uploaded as PDF files only.

Multiple documents can be uploaded, with Maximum size of single document for upload is 3

MB. Please refer to Appendix 1 for more instructions in uploading the tender documents. The

uploaded documents should include all the documents required as per eligibility criteria, and

also the documents required as per the annexures of the tender document. Any of the missing

documents under these requirements will render the tender unresponsive.

4. Each tender document, unless unamendable printed matter such as brochures of the

instrument, should be clearly marked with headings and should have a short note explaining

against which tender requirement the document is being submitted. All documents uploaded

should be in English language. In case of copy of earlier work orders and the

performance certificates supporting the claim of past performance of the tenderer, it

shall be attested by the client institution/ organization where the same have been supplied and

installed. scanned copies of the same shall be provided in PDF format.

5. The documentary evidence (other than those regarding supply and past performance)

submitted along with the Tender shall be produced duly attested by the tenderer on

every page and serially numbered. Any interlineations, erasures or over writing shall be

valid only if they are initialled by the person (s) signing the offer.

6. Tenderer shall submit a declaration letter as per the format given as Annexure 6 and

copy of amendments of the tender published, if any, signed by the tenderer or the authorized

representative shall be enclosed as part of the technical bid as a proof of having read and

accepted the terms and conditions of the tender .

7. If the bidder is a representative of the original equipment manufacturer (OEM), then

the authorization from the OEM should be included in the technical bid.

8. If at any time any misrepresentation of facts / documents / supply of equipment below

the standards assigned come to notice, the contract is liable to be cancelled at the risk and

cost of the bidder.

9. An offer submitted in vague /ambiguous financial terms and the like, shall be

termed as non-responsive and shall be summarily rejected.

10. Clarifications to specific requests shall be responded through e-mail and general

clarifications, affecting all the tenderers shall be published in the official website of the

Spices Board (www.indianspices.com) and at the MSTCL e-commerce website where the e-

7

Page 8: Procurement of HPLC Systems for Quality Evaluation

tender is hosted. However it shall be the duty of the prospective tenderer to ensure that the

clarifications sought with regard to the tender has been properly received in time at Spices

Board.

11. Any clarification on the tender procedure shall be obtained from Spices Board

Quality Evaluation Laboratory, Kochi and the contact numbers 0484 2333610 (ext

329/340/338).

12. The prices quoted in the tender should be valid for purchase of the two HPLC

instruments including the full package of accessories, by Spices Board in a staggered

manner, over a period of one year from the date of issue of the purchase order to the

successful bidder.

XI. Specific Conditions of the Tender – Technical

1. The calibration of the HPLC instrument should be performed by the supplier at

intervals of 6 months, throughout the warranty period. This is an essential clause of the

warranty.

2. Valid solutions (Caffiene/Anthracene or any other standard solution, as required to

cover entire calibrations) should be carried to the site and used by the engineer who performs

the calibrations, and the validity certificate and certificate of analysis of the solution used

should be attached along with each calibration report.

3. The complete HPLC system package, inclusive of the supporting instruments listed in

the tender document, should be covered in the 5-year comprehensive warranty. During the

comprehensive warranty period, any spare or accessory that is found faulty should be

replaced free of charge.

4. During the period of comprehensive warranty, each breakdown has to be attended

promptly by the service department and telephonic support should be provided without delay.

In case it is felt by the laboratory that an on-site visit is required, then such a visit should be

arranged within 24 hours of intimation by the laboratory.

5. Any consumables that are not covered under the 5-year comprehensive warranty

should be listed in Annexure 4 and submitted along with the tender. All items that are not

listed in Annexure 4 will be replaced free of charge when required.

6. The performance qualification of the instrument should include method development,

standardization, validation and training of laboratory personnel, for trace level analysis of

mycotoxins and illegal dyes in spices.

7. Annexure 11 agreeing to the above conditions should be signed by the bidder.

XII. Warranty for the HPLC systems, and Performance Security

1. The instruments will have comprehensive warranty for a period of 5 years from the

date of installation. An undertaking for the comprehensive warranty should be submitted by

the bidders, as per the format given in Annexure 11.

2. The comprehensive warranty should cover the complete system, including all spares

and all consumables which are not listed out in Annexure 4.

3. The comprehensive warranty supporting systems quoted along with the system,

including all spares and all consumables which are not listed out in Annexure 4.

4. The successful bidder has to submit individual performance securities for each

instrument supplied, valid till 60 days beyond the date of completion of all contractual

8

Page 9: Procurement of HPLC Systems for Quality Evaluation

obligations of the supplier, including the warranty obligation of the systems as above, for

an amount equal to 20% of the total value of the instrument as specified in the bid

document. Performance security maybe furnished only in the form of a Bank Guarantee

from a Commercial bank in favour of Secretary, Spices Board.

5. The performance security will cover all the terms and conditions, as mentioned in this

tender / purchase order issued to the successful bidder, and will be forfeited if any of these

conditions are violated during the validity period of the performance security as mentioned

above.

XIII. Tendering Format

The tender shall be submitted online in two cover system duly scanned and digitally

signed by the authorized representative of the bidder as follows:

1. Technical bid

a. Online bids should be submitted containing scanned copy of following

documents in Cover-1 for documentary proof, for fulfilling qualifying criteria/

requirements failing which the offer shall liable to be rejected.

b. Earnest Money Deposit (refundable).

c. Transaction fee of Rs. 4,800/- (i.e Rs 2,400/-per equipment , non refundable, refer

tender schedule above )

d. The bidder or his authorized representative shall sign and upload all the documents,

owning responsibility for their correctness/ authenticity and submit declaration in

respect of acceptance of terms and conditions of tender document.

e. Self-attested copy of PAN and Goods & Service Tax (GST) registration

certificate.

f. Self-attested copy of Trading and Profit & Loss Accounts/Balance sheet/ Certificates

audited by CA in fulfilment of Eligibility Criteria.

g. In case the tenderer is an authorized supplier of the instrument quoted and not the

original equipment manufacturer (OEM), then a duly signed letter of authorization from the

OEM shall be submitted.

h. Self-attested Copies of previous purchase orders and completion certificates in

fulfilment of eligibility criteria given in tender document Section VI, point 2.

i. Self-attested Copy of authorization certificate i.e. authorized Dealer/ Distributor/

Channel partner or documents in support of manufacturer.

j. Compliance statement marked as per Annexure 1 of the tender document

k. Technical Data Sheets to be submitted as per the tender / Annexure 1 and 2

l. All Annexures , duly filled, stamped and signed .

m. If the Cover-1 i.e. technical bid does not contain any of the above mentioned

documents or contains incomplete or unsuitable technical specifications of the item to be

supplied, then the offer shall be deemed liable for rejection/ disqualification.

The respective Cover– 2, i.e. financial bid of the technically disqualified offers

shall not be opened. The bidders are cautioned that divulging any financial

information in Cover-1 (Technical bid) will result in rejection of their tender.

2. Financial bid

a. The financial bid shall be submitted in the enclosed format in Annexure 9, only

online through MSTCL e-commerce website. No financial information should be submitted

9

Page 10: Procurement of HPLC Systems for Quality Evaluation

at any time in print during the tender process. Any such instance occurring will make the bid

unresponsive.

b. The quoted price shall be inclusive of all charges, inclusive of customs clearance (if

any). Only documents needed for customs clearance will be provided by Spices Board. It

would be the successful bidder's responsibility to arrange customs clearance (if any) without

undue delay and delivery of the item(s) to the respective locations of Spices Board. All

incidental payments required during supply of the instruments shall be paid by the bidder and

will be reimbursed by the Board at-actuals, subject to providing actual invoices by the bidder.

c. The tenderer shall be responsible for payment of any charges due to any statutory

authorities such as Income Tax, CGST, SGST, IGST, Customs Duties etc.

d. Any column in the online submission of financial bid which is left blank will be

considered as zero and as included in the rate quoted for the instrument.

e. The rates shall be quoted strictly in the given format and should be inclusive of

all taxes, duties, Entry Tax, Statutory Charges, Insurance, Permit Charges, P&F charges,

Freight etc. (including purchaser liability, if any) as CIF charges to respective locations to

avoid any post consequences/discrepancies. However, all applicable Taxes & Duties

should be clearly mentioned by the supplier at the time of supply in their invoice. Supplier

should submit documentary proof of all at-actual payments with their invoice.

f. The tenderers who do not submit the technical bid (cover 1) within the stipulated date

and time will be treated non-responsive.

g. If the bids are not submitted as per the requirement of the above clauses, the Spices

Board shall assume no responsibility for the offer‟s misplacement and consequential

rejection.

XIV. Amendment of tender documents

1. At any time prior to the dead line for submission of Tender, Spices Board may, for any

reason, modify the tender document by corrigendum /addendum.

2. The corrigendum /addendum shall be published in e-procurement website

(http://mstcecommerce.com) and Spices Board website (www.indianspices.com)

3. The tenderer shall submit copy of corrigendum /addendum published if any

signed by the tenderer or the authorized representative shall be enclosed as part of the

technical bid as a proof of having read and accepted the terms and conditions of the

tender document.

XV. Submissions and opening of Tender

1. The bid should be submitted online at website http://mstcecommerce.com

only, by the due date of 06.11.2020 and time till 5:30PM. The server date & time as

appearing on the e-tender website shall only be considered for the cut-off date and

time for submission of bids. Offers sent through post, telegram, fax, telex, e-mail, and

courier or by any other mode will not be considered.

2. The technical bids will be opened on 09.11.2020 at 10AM. In case of date of opening

is declared, as holiday tender will be opened on next working day at same time.

3. Only those bidders shall be considered qualified who submit requisite EMD and

documents accept all the terms & conditions of the Tender document unconditionally

and meet the qualifying requirement stipulated in the Tender document. The decision of the

Spices Board shall be final and binding in this regard.

10

Page 11: Procurement of HPLC Systems for Quality Evaluation

4. The bidder shall bear all cost associated with the preparation and submission

of its bid and Spices Board will in no case be responsible or liable for any cost, regardless of

the conduct or outcome of the tendering process.

5. The prospective bidder requiring any clarification of the tender document may

obtain the same over phone/email from Spices Board at 0484-2333610 (Ext. 329 & 340 ) /

[email protected]/[email protected] till 07 (Seven) days before the deadline for

submission of the tenders. If any further clarification is required by the bidder in respect of

items wherein specification are not defined or if any doubt is there about any

specification, bidder may personally visit the Head Office at Spices Board, Sugandha

Bhavan, Palarivattom, Kochi- 682025, Kerala. However, this shall not become the reason

for claiming extension of the deadline for the submission of the tenders.

6. Spices Board shall not be bound to respond to the request from the prospective

bidders and this shall not become the reason for claiming extension of the deadline for

the submission of the tenders.

XVI. Evaluation of Tender

1. The commercial terms and technical aspects of the documents submitted as part of

the technical bids shall be scrutinized by a bid evaluation committee constituted by Spices

Board.

2. The bid evaluation committee will also verify the veracity of claims in respect of the

known performance of the equipment offered, the experience and reputation of tenderer in the

field, the financial solvency etc.

3. The decisions of the bid evaluation committee on whether the tenders are responsive

or non-responsive or requiring clarifications will be intimated to respective bidders.

4. The decisions of the bid evaluation committee will be further scrutinized by the

Purchase Committee constituted by Spices Board.

5. A tenderer, at any stage of tender process or thereafter, in the event of being

found after verification by the Spices Board to indulge in concealment or misrepresentation

of facts, in respect of the claims of the offer, shall be debarred/black listed.

6. Spices Board's decisions on the tender submitted shall be based on the decisions taken

by the various committees and otherwise as per the clauses as mentioned above.

7. Arithmetical errors shall be rectified on the following basis: If there occurs a

discrepancy between words and figures, the amount in words shall prevail and the offer

shall stand corrected to that effect. If the tenderer does not accept the correction of errors,

his offer shall be rejected.

8. Spices Board may waive any minor non-conformity or irregularity in an offer, which

does not constitute a material deviation, provided that the same shall not prejudicially affect

the interest of the other tenderers.

9. If deemed necessary, as in the case of sophisticated equipment, the Board may decide

for an onsite verification of technical claims of a bidder at the bidder‟s own applications lab,

before completing the technical evaluation.

11

Page 12: Procurement of HPLC Systems for Quality Evaluation

XVII. Evaluation of Technical bid- scoring pattern

Sl. No. Scoring criteria Max Score

1 No of installation of the Quoted Model(s) in India

(Food testing) other than Spices Board (1

point/installation)

10

2 Application support in spices and spice products-

availability of technical literature, Peer reviewed

papers/ application notes, for the quoted

equipment, for analysis of illegal dyes and

mycotoxins, in any spices/spice products, can be

submitted. One point per paper/ application note.

5

3 24x7 Online/ Tele Service Support.

(for Yes- 5 point, No- 0 point)

5

4 Number of service engineers capable of providing

service for quoted model- see Annexure 7- State

wise (Maharashtra)

10

5 Number of Application specialists for quoted

model- see Annexure 7- State wise (Maharashtra)

10

6 Technical compliance as per Annexure 1. A score

of 30 marks is mandatory and will be assigned

when the bid qualifies for all the essential technical

requirements. For complying with the

requirements, marked desirable, a score of 10 will

be assigned.

40

7 Evaluation of performance evaluation data as per

Annexure 8. Any deviation from the requirement

criteria will be forfeit this score

20

Total 100

XVIII. Evaluation of Financial Bids

1. Only the financial bids of the technically qualified tenderer(s) will be opened

after completion of evaluation of technical bids.

2. The opening of the financial bid shall be done online by Spices Board by a committee

constituted for this purpose.

3. Tenderer shall refer to the financial bid format included in this tender document as

Annexure 9, and quote the financials in the respective fields and to be submitted online. The

financial bids submitted in any other formats will be treated as non-responsive and not

considered for tabulation and comparison.

4. Financial bid offered shall be all inclusive, and with option for quoting in INR or

foreign currency. Financial comparisons will be based on the exchange rates of the above

currencies to Indian Rupee, as on the morning of the financial bid opening date.

12

Page 13: Procurement of HPLC Systems for Quality Evaluation

5. Financial bid should be quoted inclusive of the supply, installation, training and

successful commissioning of the accessories and fulfilment of warranty/guarantee and after

sales service to the satisfaction of the Board,

6. Financials quoted by the Tenderer shall be fixed during the period of the contract

and not subject to variation on any account.

7. Financial variation due to statutory changes including CGST, SGST, IGST &

customs duty will be accepted during the running contract period before releasing the

Purchase Order on receipt of proper documents.

8. There shall also be no hidden costs.

9. Tenderer shall quote financials in all necessary fields in the available formats

(Annexure 9).

10. The tenderers shall offer financials of the accessories inclusive of all the accessories

mentioned in the respective technical specifications and under no circumstances offer

the essential accessories, without which the accessories cannot function properly, as

optional or left un-quoted.

XIX. Purchase order and terms of payment

1. The purchase order will be issued to the successful bidder after the tender evaluation

process, which will include the terms and conditions of the tender. The bidder should then

submit the acceptance of the purchase order to Spices Board, along with signed copy of the

terms and conditions of the purchase order.

2. Subsequently, the bidder will submit the performance security for each instrument, as

detailed in Section XII, point 4 above. Payment will be released from Spices Board only after

the receipt and confirmation of the performance security.

3. The payment shall be made in the currency/currencies specified in the contract. The

supplier shall send the payment claim (with relevant documents, as required) to the

appropriate paying authority as will be specified in the purchase order issued. Before

claiming any payment, the supplier shall ensure that all the contractual obligations for

claiming that payment have been duly fulfilled.

4. The payment shall be made in the following manner and on production of the

following documents:

a. Payment for goods supplied from abroad and quoted in foreign currency: On

shipment: 80% of the total price of the cost of the imported equipment shall be paid

through irrevocable letter of credit established in favour of the foreign supplier in a

scheduled commercial bank in India upon submission of the following documents:

i) Supplier‟s signed commercial invoice showing contract number description of

the supplied goods, corresponding quantity, unit price and the total value and name(s)

of the consignee(s) for the supplied goods.

ii) Original clean on-board bill of lading marked with freight pre-paid, consigned to

the interim/port of consignee country, evidencing description of the goods, quantities,

relevant details about the contract etc.

iii) Packing list, identifying contents of each package

iv) Insurance policy or certificate in duplicate endorsed in blank with claims payable

in India in the currency of the Letter of Credit.

v) Manufacturer‟s/supplier‟s warranty certificate and supplier‟s factory inspection

report.

vi) Certificate of origin

13

Page 14: Procurement of HPLC Systems for Quality Evaluation

vii) Supplier‟s certificate confirming that the amounts shown in the invoice are correct

in terms of the contract and that all the terms and conditions of the contract have been

complied with for claiming this payment.

viii) Any other document(s) and/or modification of above documents specified as per

the requirements mentioned in the terms and conditions of the ender / purchase order

issued to the supplier.

b. On final acceptance: Remaining 20% of the contract price of goods quoted in foreign

currency shall be paid within 30 (Thirty) days after satisfactory completion of all contractual

obligations for delivery, installation, demonstration, performance qualification of all

parameters as per technical requirements of the tender, and training to the staff of Spices

Board Lab(s), including the complete HPLC system and all accessories supplied along with

the system, including those quoted in Indian Rupees.

c. Payment of agency commission (if any): Payment shall be made in Indian rupees

within 30 (thirty) days, on completion of all the requirements specified under [b. On Final

Acceptance] above.

d. Payment for goods supplied from India and quoted in Indian Rupees: Payment

shall be made in Indian rupees within 30 (thirty) days, on completion of all the requirements

specified under [b. On Final Acceptance] above.

5. Operation of the letter of Credit: The payments effected through letter of credit,

shall be subject to the latest Uniform Customs and Practice for Documentary Credit, of the

international Chamber of Commerce. If requested specifically by the supplier, the letter of

credit will be confirmed, but the cost for the same shall be charged to the supplier‟s account.

6. Successful bidder shall also execute an agreement for the due fulfilment of the

contract within the period specified in the letter of acceptance. The bidder shall have to pay

all stamp duty/lawyer's charges and other expenses incidental to the execution of the

agreement .Failure to execute the agreement within the period specified will entail forfeiting

of Earnest money deposited by the supplier and with the Board

7. Delay in the supplier’s performance:

a. The supplier shall deliver of the goods and perform the services under the contract

within the time schedule specified by the purchaser in the purchase order issued to, and

accepted by, the supplier. Any unexcused delay by the supplier in maintaining its

contractual obligations towards delivery of goods and performance of services shall render

the supplier liable to any or all of the following sanctions (i) imposition of liquidated

damages, (ii) Forfeiture of its performance security and (ii) Termination of the contract for

default.

b. If at any time during the currency of the contract, the supplier encounters

conditions hindering timely delivery of the goods and performance of services, the supplier

shall promptly inform the purchaser in writing about the same and its likely duration and

make a request to the purchaser for extension of the delivery schedule accordingly. On

receiving the supplier‟s communication, the purchaser shall examine the situation as soon as

possible and, at its discretion, may agree to extend the delivery schedule, with or without

liquidated damages for completion of supplier‟s contractual obligations by issuing an

amendment to the contract.

c. When the period of delivery is extended due to unexcused delay by the supplier, the

amendment letter extending the delivery period shall, interalia contain the following

conditions: (a) The purchaser shall recover from the supplier, liquidated damages on the

goods and services, which the Supplier has failed to deliver within the delivery period

stipulated in the contract. (b) That no increase in price on account of any ground,

14

Page 15: Procurement of HPLC Systems for Quality Evaluation

whatsoever, including any stipulation in the contract for increase in price on any other ground

and, also including statutory increase in or fresh imposition of customs duty, excise duty,

sales tax or on account of any other tax or duty which may be levied in respect of the goods

and services specified in the contract, which takes place after the date of delivery stipulated in

the contract shall be admissible on such of the said goods and services as are delivered and

performed after the date of the delivery stipulated in the contract. (c) But nevertheless,

Spices Board shall be entitled to the benefit of any decrease in price on account of

reduction in or remission of customs duty, excise duty, sales tax or any other duty or tax or

levy or on account of any other grounds, which takes place after the expiry of the date of

delivery stipulated in the contract.

8. The supplier shall not dispatch the goods after expiry of the delivery period. The

supplier is required to apply to Spices Board for extension of delivery period and obtain the

same before dispatch. In case the supplier dispatches the goods without obtaining an

extension, it would be doing so at its own risk and no claim for payment for such supply and /

or any other expense related to such supply shall lie against Spices Board.

9. Liquidated damages: If the supplier fails to deliver any or all of the goods or

fails to perform the services within the time frame(s) incorporated in the contract, the

purchaser shall, without prejudice to other rights and remedies available to the purchaser

under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to

the percentage prescribed in the SCC of the delivered price of the delayed goods and/or

services for each week of delay or part thereof until actual delivery or performance,

subject to a maximum deduction of the percentage prescribed in the SCC of the delayed

goods‟ or services‟ contract price(s).

XX Format of Agreement

(In Rs.200/- Non-Judicial Stamp Paper)

THIS AGREEMENT is executed on this the …... day of ....... (Month), .....(Year)

between the SPICES BOARD, an autonomous body under the Ministry of Commerce

and Industry, Government of India, having its Head Office at Palarivattom, Kochi –

682 025, Ernakulam District, Kerala State (hereinafter referred to as “The Board”),

represented by its DIRECTOR (ADMIN) on the one part and

............................................................. (Name of the Address of the Company)

represented by its ........................, Shri ................................. (hereinafter referred to as

“the Contractor” on the other part).

WHEREAS in response to the MSTCL tender notification No. ............. dated

.................... the Contractor has submitted to the Board Quotation No. ................

Dated ................. for the Procurement of HPLC Systems for Quality Evaluation

Laboratories of the Board specified therein, subject to the terms and conditions

contained in the said tender;

15

Page 16: Procurement of HPLC Systems for Quality Evaluation

WHEREAS the Contractor has also deposited with the Board a sum of Rs............... as

earnest money for the execution of an agreement undertaking the due fulfilment of the

contract in case his quotation is accepted by the Board.

WHEREAS the Board has accepted the Quotation/Offer No.............. dated ...............

submitted by the Contractor for the Procurement of HPLC Systems and accordingly

awarded Purchase Orders No. ..................... dated ..............., to the contractor at a total

cost of Rs....................

WHEREAS on acceptance of the quotation/offer and on awarding the Purchase

Orders, the Contractor has agreed to execute an agreement with the Board

incorporating all the terms and conditions under which the Board accepted his

quotation/offer.

NOW THESE PRESENTS WITNESS and it is hereby mutually agreed as follows:

1. The CONTRACTOR shall make the supplies specified in the Contract

Documents upon the terms and conditions and within the time specified in the

Contract Documents.

2. The tender documents and the Purchase Orders issued to the Contractor shall

be part of this AGREEMENT and all the terms and conditions therein shall be binding

on the CONTRACTOR.

3. In case the Contractor fails to execute the contract as per the terms and

conditions governing the contract, the Board shall have power and authority to

recover from the Contractor any loss or damage caused to the Board by such breach

as may be determined by the Board by appropriating the earnest money deposited by

the Contractor and if the earnest money is found to be inadequate the deficit amount

may be recovered from the contractor and his properties movable and immovable in

the manner hereinafter contained.

4. All sums found due to the Board under by virtue of this agreement shall be

recoverable from the Contractor and his properties movable and immovable under the

provisions of the Revenue Recovery Act for the time being in force as though such sums are

16

Page 17: Procurement of HPLC Systems for Quality Evaluation

arrears of land revenue and in such other manner the Board may deem fit.

5. In witness whereof Shri. ................................................ (name and

designation) for and on behalf of the DIRECTOR (ADMIN), Spices Board, Kochi - 25

and Shri. .......................................... on behalf of the Contractor have hereunto set

their hands on the day and year shown after their respective signatures herein below.

SIGNED & DELIVERED SIGNED & DELIVERED

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

SPICES BOARD THE CONTRACTOR

......................................... ….........................................

(Name & Designation) (Name & Designation)

(THIS THE …………....DAY OF ………….... Month ................Year )

IN THE PRESENCE OF: IN THE PRESENCE OF:

1. (Name & Signature) 1. (Name & Signature)

2. (Name & Signature) 2. (Name & Signature)

XXI Applicable Low and Legal Jurisdiction

The CONTRACT shall be governed and construed by Laws of India. Any legal proceedings

relating to the CONTRACT shall be limited to courts of law under the jurisdiction of High

Court of Kerala at Ernakulam.

17

Page 18: Procurement of HPLC Systems for Quality Evaluation

Annexure 1

HPLC Systems

Number of systems Required : 02 Nos.

Locations for installation : See tender document Section V, Scope of the

tender.

Special conditions for tender : Buyback of two HPLC systems available in

the Board‟s QELs at Mumbai. See Section III

below.

I. Technical Requirements

1. The bidder has to submit online tender for two HPLC systems, as per the technical

specifications given in Table 1 below. Location for installation of these equipments is given

in Tender document Section V.

2. Technical compliances to each point in the specifications below have to be indicated

by a tick () mark.

3. The bidder has to sign each page of this document, and the signed copy of this

document has to be scanned as PDF for submission online.

4. Wherever documentary evidence is required against a technical specification, the

same has to be prepared with section headers and summary of the data submitted.

II. Preparing the Technical Bid:

The final Technical Bid should be prepared as PDF files covering following sections.

Also refer to Section XIII (I) in the tender document and Appendix 1 for details on how to

upload the documents required.

1. Scanned copy of this document with compliance indicated by tick () mark

against each of the technical specification in Table 1 below, signature of the

bidder on each page, and the undertaking in Section IV signed by the bidder

with company seal.

2. The data pertaining to each specification in Table 1 below that require

documentary evidence to be submitted, separated by section, clearly indicating

the specification for which data is submitted.

3. The scanned copy of the manufacturer‟s specification catalogue of the system

being quoted. If this is available online on the manufacturer‟s website, then a

link to the website will suffice provided it is accessible for reference to the

public without any login.

It maybe noted that incomplete submission of any of the above in the technical bid will

make the submitted tender liable for rejection.

18

Page 19: Procurement of HPLC Systems for Quality Evaluation

Table 1: Technical Specifications

S.No Required Specification Complying () Documentary Evidence Required?

Pump

1 Number of solvents: Up to four

2 Composition accuracy: +/- 0.5%, composition precision at least 0.15% RSD

3 Suitable for nano, micro and semi-micro separations

4 Flow rate setting range 0.001 to 10 mL/min

5 Resolution : 3 nanoliter per step

6 Flow rate accuracy: 1% minimum

7 Flowrate precision Maximum 0.075% RSD

8 Gradient curve selections

9 Maximum operation pressure at least 6000 PSI

10 Pulsation 0.1 MPa

11 Safety functions like leak sensor, High pressure and low pressure limits

Autosampler

1 Automated operation and controllable through Software

2 Total volume of sample injection, variable injection volumes

3 Injection volume setting range 0.1ul to 100ul

4 Vials capacity at least 1.5 ml

5 Number of vials-100

6 Injection volume accuracy - 1% error maximum

Yes

7 Injection volume precision - 0.3% RSD maximum, for 10ul injection

Yes

8 Cross-contamination limit - 0.005% maximum

Yes

9 Number of repeat injections - 30 / sample

10 Operating pH range 1 - 14

11 Rinsing needle - settable through software, before and after injection

12 Operating temperature range 4- 35 °C

Degasser

19

Page 20: Procurement of HPLC Systems for Quality Evaluation

S.No Required Specification Complying () Documentary Evidence Required?

1 Online membrane type degasser

2 Minimum 4 lines -4 mobile phases, inbuilt facility for auto sampler rinsing

degassed flow-line capacity 380ul

Column Oven

1 Temperature control from 4 – 85 °C

2 Temperature control precision 0.1 °C max

3 Controllable through instrument software

4 Storage capacity - minimum 3 columns

5 Safety functions like leak sensor, high temperature cut-off

UV-VIS Detector

1 Light source - D2 lamp

2 Wavelength range 190 nm - 700nm

3 Slit width 8 nm

6 Wavelength precision : ≤ ±0.1 nm

7 Wavelength accuracy: ± 1 nm

8 Should support for dual wavelength detection.

Fluorescence Detector

1 Light source: Xenon lamp

2 Wavelength range - 200nm to 650nm

3 Dual wavelength simultaneous monitoring

4 Spectral bandwidth 20nm

5 Wavelength accuracy ± 0.2nm

Software

1 The software should be capable of controlling all parts of the HPLC system.

2 Multi-system capable. Licenses required for adding additional systems/modules should be installed.

3 Capable of acquiring data from a minimum of 4 channels from the LC System.

4 Easy data processing, system suitability tests

5 Full-fledged reporting facility with customized report designers should be available.

6 The software should have facilities for calculating system suitability parameters

20

Page 21: Procurement of HPLC Systems for Quality Evaluation

S.No Required Specification Complying () Documentary Evidence Required?

like S/N ratio etc without any additional licences.

Computer and Printer

1 Latest model computer with DVD writer and laser printer compatible with software to be quoted.

Accessories

1 All required standards of calibration for the HPLC detectors, and any other material required to make the instrument functional and for operational qualification should be provided

2 Pack of 100 vials, complete with septa and cap, should be included

3 One each of spare Xenon and D2 lamps should be provided

4 Spare Solvent filters (0.25 micron), 10 Nos, and Spare Autosampler Syringe, 1 No, of the same type supplied with the system.

III. Buyback of the Existing HPLC Systems

1. The two HPLC systems as per this tender have to be offered against buyback

of two HPLC Systems in as-is condition. Locations for the buy-back

instruments are as follows:

Shimadzu Prominence HPLC system with Autosampler 02 Nos. available at

Spices Board‟s laboratory at Mumbai, at the following address: Quality

Evaluation Laboratory, Spices Board, EL-184, Electronic Zone, TTC

Industrial Area, MIDC Navi Mumbai-400710

2. The bidder can inspect the instruments for buyback at the Board‟s laboratory

at Mumbai up to 3 days before the last date of the submission of this tender.

3. Any discount offered against the buyback should be indicated while entering

the financial bid in the online tender

4. The successful bidder should clear the above instruments from the Board‟s

laboratory before the shipment of the new instrument commences.

5. It will be under the discretion of the Board to trade or not trade the item under

buyback while purchasing the new equipment.

IV. Undertaking by the Bidder

It is hereby declared that, the details given above are correct as pertaining to the quoted

model, and all data and reports required for substantiation technical claims have been

submitted. It is also declared that all the terms and conditions mentioned above is agreed to

and will be strictly adhered to.

SIGNATURE OF TENDERER

SEAL OF THE COMPANY

DATE

21

Page 22: Procurement of HPLC Systems for Quality Evaluation

Annexure 2

Format for submitting detailed technical compliance statement with specifications

Name of Equipment:

Make:

Model:

Details of

Specifications/

Parts/ Accessories

of Tender Enquiry

Specifications of

Quoted Model/

Part/ Accessory

Compliance

Yes/No

Deviation, if any to be

indicated in

unambiguous terms

(The compliance /

Deviation should be

supported by relevant

Technical Literature)

Technical Justification

for the Deviation, if any.

If specification is

superior / inferior than

asked for in the enquiry,

it should be clearly

indicated in the

justification 1

2

….

Terms and Conditions

1. The bidder is advised to state compliance for every field in the table of technical

specifications as indicated in Annex 1.

2. If the bidder fails to enclose this compliance document, the bid is likely to be rejected.

Signature of the bidder

Name and Designation

Date:

Seal:

22

Page 23: Procurement of HPLC Systems for Quality Evaluation

Annexure 3

Format for columns to be supplied with each HPLC instrument

Columns with particle size 5 microns or less, compatible with HPLC system being quoted and

suitable for accurate and high throughput analysis of the parameters given in the table below, in

the cited numbers should be supplied along with each HPLC instrument free of cost.

The chemistry of the columns should be in accordance with the analysis of the

parameters given in the table below using the quoted HPLC system, and

chromatograms of each parameter at the quantification limit, using the quoted

columns should be included along with the quote, without which this condition

of the tender will not be considered to be met.

If any quoted column supplied with the system is not meeting the analytical

requirements, such columns shall be replaced with suitable one free of cost.

The unit rates quoted in the table below should hold valid for the entire

warranty period. The price mentioned in the table will be used for ordering

columns on need basis, after the supply of the system(s).

The rate of these columns, valid for the entire warranty period, should be mentioned separately.

Signature of Bidder

Name & Designation

Date:

Seal:

Sl.

No.

Parameter Part

Number

Column Specification Period

icity

of

replac

ement

(numb

er of

injecti

ons)

Quantity

required

Unit

price

INR

Total

price

INR

Remarks

1 Aflatoxin,

Sudan Dyes

I-IV

C-18 5cm x 4.6mm x 5umC-18 10cm x 4.6mm x 5um

C-18 25cm x 4.6mm x 5um

C-18 Guard Columns

2

2

1

15

Total 20

23

Page 24: Procurement of HPLC Systems for Quality Evaluation

Annexure 4

FORMAT for prices of consumables of the HPLC system and Accessories

not covered in comprehensive warranty, for a period of 5 years

All spares for HPLC systems, and supporting accessories, should be necessarily covered under

comprehensive warranty, and should be replaced on priority on the event of a breakdown. The consumables

which are not covered under comprehensive warranty and which are required to be replaced

periodically should be listed and submitted in the format below.

Terms and conditions:

Required spares shall be readily available to minimize the breakdown period of the instrument. The

list prices of the consumables in the table above shall not be subject to change during the warranty

period.

1. During warranty period, we hereby certify that any item as and when required and not listed above,

irrespective of periodicity, shall be borne by us / our assignees and successors.

Signature of the bidder /Name & Designation

Date / Seal

Sl No. Instrument Part

No.

Name of

consumable

Periodicity of

replacement (based

on number of

injections, no. of

scans, pumped

solvent volume,

hours, etc,

whichever is

applicable

Quantity

required (5

year period

of

warranty)

Unit

price

(INR)

Total

Price

(INR)

Remarks

HPLC system 1

2

Supporting instruments (if any) 1

2

3

24

Page 25: Procurement of HPLC Systems for Quality Evaluation

Annexure 5

Format for submitting User’s List

Model No. of

instruments

Complete

address of

installed site

Name, Designation,

contact number,

email id

Analysis

scope

(matrix)

Year of

installation

Current status

(opearational /

non-operational) Quoted model 1

2

3

Similar / comparable models 1

2

3

Terms and Conditions:

The minimum number of Indian end users for the quoted model is three (3).

Testimonial/ feedback from end users (preferably for quoted model)-minimum three users shall be

attached.

Signature of Bidder

Name and Designation

Date

Seal

25

Page 26: Procurement of HPLC Systems for Quality Evaluation

Annexure 6

Format for Declaration by the Bidder

(to be given on company letter head)

Date:

To,

Secretary,

Spices Board,

Sugandha Bhavan, NH Byepass

Palarivattom PO,

Kochi – 682025, Kerala

Sub: Acceptance of Terms and Conditions of the Tender

Tender Reference and No. __________________

Name of Tender / Work: ____________________

Dear Sir,

I/ We have downloaded / obtained the tender document(s) for the above mentioned „Tender‟ from the

web site(s) namely:............................. as per your advertisement, given in the above mentioned website(s).

1. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page

No. 01 to ______ (including all documents like Annex(s), table(s), etc .,), which form part of the contract agreement

and I / we shall a bide hereby by the terms / conditions / clauses contained therein.

2. The corrigendum(s) issued from time to time by your department/ organization too have also been taken

into consideration, while submitting this acceptance letter.

3. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /

corrigendum(s) in its totality / entirety.

4. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Department/Public

sector undertaking.

5. I / We certify that all information furnished by the our Firm is true & correct and in the event that the

information is found to be incorrect/untrue or found violated, then your department/ organization shall without

giving any notice or reason therefore or summarily reject the bid or terminate the contract , without prejudice to

any other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the bidder, with Official Seal)

26

Page 27: Procurement of HPLC Systems for Quality Evaluation

Annexure 7

Format for Submitting Details for Service and Application Support

Location Name of

Service Person

Field of

expertise

(Service or

Application)

Experience in

this firm with

same or similar

experience

(Years)

Total work

experience

(Years)

1 Mumbai 1)

2)

….

Signature of Bidder

Name and Designation

Date

Seal

27

Page 28: Procurement of HPLC Systems for Quality Evaluation

Annexure 8

Format for Submission of data for Performance Criteria

The data required for performance evaluation should be submitted in separate sections, with

separate section header pages, supported by required data with page numbers.

The format for section header pages are given below.

3 A demonstrable LOQ of 0.5g/kg or

better, for Aflatoxin B1 spiked in a blank

chilli matrix with immunoaffinity

column cleanup, Fluorescnce detector.

Provide chromatograms copies, S/N

values and technique, and extraction

method used.

LOQ Achieved Validation parameters

Complying: Yes / No

Data Attached: Yes/No

LOQ = ___ g/kg

(method used in page no. ---,

data and chromatograms in page

no. ---)

Repeatability (6 replicates) =

Recovery at 0.5g/kg spike

level =

(data and chromatograms

in page no. ----

Also include details of any

other parameter included in

validation

4 A demonstrable LOQ of 100 g/kg or

better, for the dyes Sudan I – IV dyes

spiked in blank turmeric matrix, UV

detector. Provide chromatograms copies,

S/N values and technique, and extraction

method used.

LOQ Achieved Validation parameters

LOQ for <each dye> = ___ g/kg

(method used in page no. ---,

data and chromatograms in page

no. ---)

Repeatability (6 replicates) =

Recovery at 100g/kg

spike level

for

<each dye> =

(data and chromatograms

in page no. ----)

Also include details of any

other parameter included in

validation

28

Page 29: Procurement of HPLC Systems for Quality Evaluation

Terms and Conditions

Under each section, a brief summary of the data submitted should be given.

1. All details of methods and accessories used (including COA of reference standards used,

HPLC columns etc) for each test in the performance evaluation should be provided in the appropriate

sections.

2. The following undertaking should be given at the end of each section: "We certify that the

data submitted is generated using the quoted model of the instrument, and that the same performance

can be demonstrated at the laboratory after completion of installation and qualification."

Signature of the bidder

Name and Designation

Date

Seal

29

Page 30: Procurement of HPLC Systems for Quality Evaluation

Annexure 9

I. Format for submitting financial bid online

The financial bid should be submitted online via MSTC e-commerce website (please refer to

Appendix-1) in the format given below. This format is not for submission as print

document, and is only for guidance while submitting the financial bid online.

Label Financial Head Entry to be made online Component

a Select Currency SELECT CURRENCY (90)

b Rate of per instrument Enter Value Neumeric text only (7)

c Select Currency SELECT CURRENCY (90)

d Total cost of 2 instruments Enter Value Neumeric text only (7)

e Select Currency SELECT CURRENCY (90)

f Total cost of all accessories for 2

instruments Enter Value Neumeric text only (7)

g Select Currency SELECT CURRENCY (90)

h All freight, insurance, transportation

charges etc. for 2 instruments Enter Value Neumeric text only (7)

i Select Currency SELECT CURRENCY (90)

j

Total buyback discount offered for 2

HPLC systems offered under

buyback See Annexure 1 for details

Enter Value Neumeric text only (7)

k Total d+f+h-j (will be calculated by the

system)

30

Page 31: Procurement of HPLC Systems for Quality Evaluation

Annexure 10

Format for Optional Items

Sl No. Item Part number Unit price in

INR

Total Price Remarks

1

2

….

Terms and Conditions

1. The prices for items which are quoted as optionals should be submitted in this format. The

prices quoted for these items should be valid for 5 years. The rate quoted should include 5 years

warranty.

2. These rates would not be used in comparative financial statements, and ordering the items

will be on undertaken on need basis after placing purchase order with the successful bidder.

Signature of the Bidder

Name and Designation

Date:

Seal:

31

Page 32: Procurement of HPLC Systems for Quality Evaluation

Annexure 11

Undertaking by the Bidder for Comprehensive Warranty and special tender conditions

(To be submitted on company letterhead)

To Date:

Secretary,

Spices Board,

Sugandha Bhavan, NH Byepass,

Palarivattom,

Kochi

Sub: Acceptance of comprehensive warranty terms and conditions of the tender

Tender Reference No. and Date:

Details of the Tender: Procurement of 02 Nos. of HPLC Systems for the Spices Board's Quality

Evaluation Laboratory at Mumbai.

Dear Sir,

In compliance with the Spices Board Tender referred above, we hereby declare the following:

1. The instruments supplied by us to all the installation locations will have

comprehensive warranty for a period of 5 years from the date of installation.

2. The comprehensive warranty will cover the complete system, including all spares and

all consumables which are not listed out in Annexure 4 of the tender documents.

3. The comprehensive warranty will all the supporting systems quoted along with the

system, including all spares and all consumables which are not listed out in Annexure 4 of the

tender documents

4. On receipt of the purchase order for the above instruments, we will submit individual

performance securities for each instrument supplied, valid till 60 days beyond the date of

completion of all contractual obligations, including the comprehensive warranty, in

accordance with the requirements under Section XII, point 4 of the tender document.

5. The warranty as above, will cover the instrument calibration (including mass

calibration) of all the supplied instruments, in accordance with Section XI of the tender

document.

In addition to the above, we also agree to abide by the following specific technical

conditions if we are awarded the purchase:

....continued overleaf...

32

Page 33: Procurement of HPLC Systems for Quality Evaluation

Specific Conditions of the Tender – Technical

1. The calibration of the HPLC instrument will be performed by the supplier at intervals

of 6 months, throughout the warranty period. This is an essential clause of the warranty.

2. Valid solutions (Anthracene/caffeine or any other standard solution, as required) will

be carried to the site and used by the engineer who performs the calibrations and the validity

certificate and certificate of analysis of the solution used will be attached along with each

calibration report.

3. The complete HPLC system package, inclusive of the supporting instruments listed in

the tender document, will be covered in the 5-year comprehensive warranty. During the

comprehensive warranty period, any spare or accessory that is found faulty will be replaced

free of charge.

4. During the period of comprehensive warranty, each breakdown will be attended

promptly by the service department and telephonic support will be provided without delay. In

case it is felt by the laboratory that an on-site visit is required, then such a visit will be

arranged within 24 hours of email intimation by the laboratory.

5. Any consumables that are not covered under the 5-year comprehensive warranty are

listed in Annexure 4 and submitted along with the tender. All items that are not listed in

Annexure 4 will be replaced free of charge when required.

6. The performance qualification of the instrument will include method development,

standardization, validation and training of laboratory personnel, for trace level analysis of

mycotoxins and illegal dyes in spices.

Yours faithfully,

(Signature of the bidder with official seal)

33

Page 34: Procurement of HPLC Systems for Quality Evaluation

Annexure 12

CHECKLIST FOR THE BIDDER

No. Particulars Document attached? Ref No. /Page No.

1. Signed copy of all the pages of the

tender notice published in Spices Board

website / MSTC website

2. Tender fee paid online at MSTC website

Details:

Amount Rs. _______________

Date _______________

3. EMD Details:

DD No. ____________

Amount ____________

Date ____________

4. Annexures of Technical Bid:

a. Annexure 1: compliance with technical

specifications

b. Annexure 2: Format for submitting

detailed technical compliance statement

with specifications

c. Annexure 3: Details of columns

d. Annexure 4: Details of consumables not

covered under comprehensive warranty

e. Annexure 5: User‟s List

f. Annexure 6: Declaration by the bidder

g. Annexure 7: Service support declaration

h. Annexure 8: Format for submission of

data for performance criteria

i. Annexure 9: Financial bid format

j. Annexure 10: Optional items quoted

k. Annexure 11: Undertaking by the Bidder

for Comprehensive Warranty

Financial bid is to be submitted online in MSTC e-commerce website.

_______________

34

Page 35: Procurement of HPLC Systems for Quality Evaluation

1

Process of E-tender

A). Registration: The process involves vendor‘s registration with MSTC e-

procurement portal which is free of cost. Only after registration, the vendor(s) can

submit his/their bids electronically. Electronic Bidding for submission of techno-

commercial Bid as well as Price Bid over the internet will be done. The Vendor

should posses Class III signing type digital certificate. Vendors are to make their own

arrangement for bidding from a P.C. connected with Internet. MSTC/Spices Board is

not responsible for making such arrangement. (Bids will not be recorded without

Digital Signature).

SPECIAL NOTE: THE PRICE BID AND THE COMMERCIAL BID HAS TO BE

SUBMITTED ON-LINE AT

http://www.mstcecommerce.com/eprochome/spiceb/buyer_login.jsp

Contact person (MSTC):

1. Arnab Sarkar – Mob- 9986036012 [email protected]

2 Mr. Ravindranath Mob-7676456095 [email protected]

B) System Requirement:

Windows 98 /XP-SP3 & above/Windows 7 Operating System

a.i.1.a.i.1.a.i. Vendors are required to register themselves online with

www.mstcecommerce.com→ e-Procurement→ PSU/Govt depts. →Spices

Board→Register as Vendor Filling up details and creating own user id and

password→ Submit.

a.i.1.a.i.1.a.ii. Vendors will receive a system generated mail confirming their

registration in their email which has been provided during filling the registration

form. In case of any clarification, please contact MSTC/Spices Board, (before the

scheduled time of the e- tender).

2

(A) Part I techno-commercial bid will be opened electronically on specified date and

time as given in the NIT. Bidder(s) can witness electronic opening of bid.

(B) Part II Price bid will be opened electronically of only those bidder(s) whose Part

I Techno-Commercial Bid is found to be Techno-Commercially acceptable by Spices

Board. Such bidder(s) will be intimated date of opening of Part II Price bid, through

valid email confirmed by them.

Note:

The tenderers are advised to offer their best possible rates. There would generally be

no negotiations hence please submit your most competitive prices while submitting

the price bid. However in case the lowest rate appears to be reasonable taking into

account the prevailing market conditions, the order may be awarded to the lowest

bidder and if the rate is still considered high, action as per prevailing

instruction/guideline shall be taken.

3 All entries in the tender should be entered in online Technical & Commercial

Formats without any ambiguity

35

Page 36: Procurement of HPLC Systems for Quality Evaluation

4

Special Note towards Transaction fee The vendors shall pay the transaction fee

using “Transaction Fee Payment” Link under “My Menu” in the vendor login. The

vendors have to select the particular tender from the event dropdown box. The

vendor shall have the facility of making the payment either through NEFT or Online

Payment. On selecting NEFT, the vendor shall generate a challan by filling up a

form. The vendor shall remit the transaction fee amount as per the details printed on

the challan without making change in the same. On selecting Online Payment, the

vendor shall have the provision of making payment using its Credit/ Debit Card/ Net

Banking. Once the payment gets credited to MSTC‘s designated bank account, the

transaction fee shall be auto authorized and the vendor shall be receiving a system

generated mail.

Transaction fee is non-refundable.

A vendor will not have the access to online e-tender without making the payment

towards transaction fee.

NOTE : The bidders should submit the transaction fee well in advance before the

last date of submission of tender as they will be activated for bid submission only

after receipt of transaction fee by MSTC.

Contact Details: Fax No. : 033- 22831002

Email ids: [email protected]

Bidders may please note that the transaction fee should be deposited by debiting the

account of the bidder only; transaction fee deposited from or by debiting any other

party‘s account will not be accepted. Transaction fee is non-refundable.

In case of failure to make payment towards Transaction fee for any reason, the

vendor, in term, will not have the access to online e-tender.

5

Vendors are instructed to use Upload Documents link in My menu to upload

documents in document library. Multiple documents can be uploaded. Maximum size

of single document for upload is 4 MB.

Once documents are uploaded in the library, vendors need to attach documents

through Attach Document link against the particular tender. For further assistance

please follow instructions of vendor guide.

6

All notices and correspondence to the bidder(s) shall be sent by email only during

the process till finalization of tender by Spices Board as well as by MSTC (e-

procurement service provider). Hence the bidders are required to ensure that their

corporate email I.D. provided is valid and updated at the stage of registration of

vendor with MSTC (i.e. Service Provider). Bidders are also requested to ensure

validity of their DSC (Digital Signature Certificate).

7

a.i.1.a.i.1.a.i. Please note that there is no provision to take out the list of parties

downloading the tender document from the web site mentioned in NIT. As such,

bidders are requested to see the web site once again before the due date of tender

opening to ensure that they have not missed any corrigendum uploaded against the

said tender after downloading the tender document. The responsibility of

36

Page 37: Procurement of HPLC Systems for Quality Evaluation

downloading the related corrigenda, if any, will be that of the downloading parties.

a.i.1.a.i.1.a.ii. No separate intimation in respect of corrigendum to this NIT (if any)

will be sent to tenderer (s) who have downloaded the documents from web site.

Please see website http://www.mstcecommerce.com/eprochome/spiceb of MSTC

Ltd.

8 E-tender cannot be accessed after the due date and time mentioned in NIT.

9

Bidding in e-tender & Reverse auction:

a) Bidder(s) need to submit necessary EMD, Tender fees (If ANY) and Transaction

fees to be eligible to bid online in the e-tender. Tender fees and Transaction fees are

non refundable. No interest will be paid on EMD. EMD of the unsuccessful bidder(s)

will be refunded by Spices Board. EMD should be sent in physical to Spices Board

Kochi before the last date of submission of bid.

b) The process involves Electronic Bidding for submission of techno-commercial

Bid as well as Price Bid.

c) The bidder(s) who have submitted the above fees can only submit their techno-

commercial Bids and Price Bid through internet in MSTC website

www.mstcecommerce.com→ e-procurement →PSU/Govt Depts→Spices board

Login →My menu→ Auction Floor Manager→ live event →Selection of the live

event→

d) The bidder should allow to run an application namely enApple by accepting the

risk and clicking on run. This exercise has to be done twice immediately after

clicking on the Techno-Commercial bid. If this application is not run then the bidder

will not be able to save/submit his bid.

e) After filling the Techno-Commercial Bid, bidder should click “save” for recording

their Techno-Commercial bid. Once the same is done, the Price Bid link becomes

active and the same has to filled up and then bidder should click on “save” to record

their price bid. Then once both the Techno-Commercial bid & price bid has been

saved, the bidder can click on the “Submit” button to register their bid

f) In all cases, bidder should use their own ID and Password along with Digital

Signature at the time of submission of their bid.

g) During the entire e-tender process, the bidders will remain completely anonymous

to one another and also to everybody else.

h) The e-tender floor shall remain open from the pre-announced date & time and for

as much duration as mentioned above.

i) All electronic bids submitted during the e-tender process shall be legally binding

on the bidder. Any bid will be considered as the valid bid offered by that bidder and

acceptance of the same by the Buyer will form a binding contract between Buyer and

the Bidder for execution of supply. Such successful tenderer shall be called hereafter

SUPPLIER.

j) It is mandatory that all the bids are submitted with digital signature certificate

otherwise the same will not be accepted by the system.

37

Page 38: Procurement of HPLC Systems for Quality Evaluation

k) Buyer reserves the right to cancel or reject or accept or withdraw or extend the

tender in full or part as the case may be without assigning any reason thereof.

l) No deviation of the terms and conditions of the tender document is acceptable.

Submission of bid in the e-tender floor by any bidder confirms his acceptance of

terms & conditions for the tender.

m) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted

should be in Indian Rupee as per UOM indicated in the e-tender floor/tender

document.

10 Any order resulting from this open e-tender shall be governed by the terms and

conditions mentioned therein.

11 No deviation to the technical and commercial terms & conditions are allowed.

12 After submitting online bid, the bidder cannot access the tender, once it has been

submitted with digital signature

13 Spices Board, Kochi has the right to cancel this e-tender or extend the due date of

receipt of bid(s) without assigning any reason thereof.

14

The online tender should be submitted strictly as per the terms and conditions and

procedures laid down in the website

http://www.mstcecommerce.com/eprochome/spiceb of MSTC Ltd.

15

The bidders must upload and attach all the documents required as per terms of NIT.

Any other document uploaded which is not required as per the terms of the NIT shall

not be considered.

16 The bid will be evaluated based on the filled-in technical & commercial formats.

17

The documents uploaded and attached by bidder(s) will be scrutinized. In case any of

the information furnished by the bidder is found to be false during scrutiny, EMD of

defaulting bidder(s) will be forfeited. Punitive action including suspension and

banning of business can also be taken against defaulting bidders.

18 Vendors can refer to the pdf document in the below link for MSTC’s e-Procurement

Portal Guidelines

38